Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175

Department of The Army, Directorate of Contracting, Building 622, Fort Stewart, Georgia 31314-5189

W -- LEASE OF 2 COMMERCIAL REFUSE TRUCKS, FORT STEWART, GEORGIA SOL DAKF10-98-R-0168 DUE 091598 POC Mae Riggens (912)767-8438, Contracting Officer, Nina Jodell (912) 767-8466 WEB: DOC Homepage, http://www.stewart.army.mil/doc/intro.html. E-MAIL: FLYTHE, HOPE, flytheh@emh5.stewart.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DAKF10-98-R-0168 is issued as an Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07. The Federal Acquisition Regulation is available in full text on the internet at http://www.arnet.gov/far. This solicitation is 100% set-aside for Small Business Participation. The applicable standard industrial classification code is 7359. The small business size standard is $5,000,000. The type of award is Firm Fixed Price. Base Period: CLIN 0001 Lease two (2) 40 cubic yard front loading commercial refuse trucks, 12 months. 1st Option Period: CLIN 1001 Lease two (2) each 40 cubic yard frontloading commercial refuse trucks, 12 months. 2nd Option Period: 2001 Lease two (2) each 40 cubic yard front loading commercial refuse trucks, 12 months. 1.1 SCOPE OF WORK This specification covers the lease of a commercial type front loader refuse packer body mounted on a standard truck chassis. 1.2. LESSEE. The lessee shall be the Government, Fort Stewart, Georgia. 1.3. LESSOR. The lessor shall be the successful contractor furnishing the refuse truck under this specification. 1.4. TRUCK CHASSIS SPECIFICATIONS. The truck chassis shall be a 1998 model with a minimum GVWR of 64,000 pounds and a front axle capacity of 20,000 pounds minimum and a rear axle capacity of 40,000 pounds minimum. The chassis shall be sized to support a 40 cubic yard type refuse packer body with a full load. The chassis shall be equipped with tow hooks. Tubeless radial tires shall be furnished on the front and mud and snow grip tubeless tires shall be installed on the rear. Front axle hubs shall have a visible oil sight glass. 1.5. ENGINE. The 300 horsepower minimum commercial engine shall be a diesel type with a two stage air cleaner. The exhaust system shall be vertical, single, constructed of aluminized steel, and 12" -- 6" or longer to accommodate compaction body cab shield height. The fuel tank shall have a minimum capacity of 70 gallons. The electrical system shall be a 12 volt direct current system with a 100 ampere capacity. 1.6. TRANSMISSION. The transmission shall be a New World Model 4560 RS (refuse special) automatic 5 speed specifically designed for refuse trucks. 1.7. CAB. Electric and air horns shall be furnished. The cab shall be painted white. An air conditioner with integral heater shall be installed. The dashboard shall be equipped with the following minimum instrumentation: electronic speedometer with trip odometer, electronic engine tachometer with hour meter, temperature, voltmeter, oil pressure, and air pressure gauges. The cab doors and ignition lock shall be identical but unique for each vehicle. 1.7.1. CAB ACCESSORIES. The cab shall have lockable doors, roll up tinted side windows, two sun visors, AM-FM Stereo radio, arm rests, heater and air conditioning, and duel electric motor windshield wipers with intermittent controls. West coast and convex stainless mirrors shall be mounted on left and right sides. Cab mounted steps shall also be furnished. The driver seat shall be a cush-n-aire type low profile low back type. A dry type, 5 pound, rechargeable, fire extinguisher shall be mounted in the cab. 1.7.2. CAB SHIELD. A protective hinged shield shall be provided to protect the truck cab and operator from falling objects. The shield shall extend to the edge of the windshield and operate in conjunction with the tilt cab feature for engine maintenance requirements. Provisions shall also be made for exhaust pipe routing. In addition a windshield guard with climbable ladder shall be installed. 1.8. FORKS. The front mounted bolt on type forks shall be hydraulically operated with a minimum capacity of 8,000 pounds. 1.9. HYDRAULIC SYSTEM. The truck hydraulic system shall be operated off of the truck power take off unit mounted on the front of the truck with EOS switch to control rpm, have a minimum hydraulic pump size of 42 gallons per minute and have a minimum hydraulic reservoir of 45 gallons with visible sight gauge. The hydraulic pump and system shall have installed covers and guards to protect the pump and operator and have an extended front bumper to accommodate hydraulic pump. The hydraulic system must be sized with sufficient volume to operate all hydraulic components of the compaction body. The system shall be equipped with a dirt warning system with a cab mounted indicator. A spare filter kit shall be supplied at delivery. Control shall be with a single joy stick air control mounted in the cab. 1.10. POWER STEERING. The truck shall be equipped with a power steering system. 1.11. AIR BRAKES. The truck shall be equipped with a commercial air brake system and automatic drain valve on air tank. 1.12. REAR VIEW MONITOR. Thetruck shall be equipped with a standard rear view TV camera and a cab mounted camera monitor screen. The TV camera shall be mounted such that a clear unobstructed view of the rear of the truck can be seen. The camera shall be capable of operation in inclement weather and be mounted to the truck body in a protected manner. 1.13. FRONT BODY. The body shall be inclosed in front by a screen (expanded metal) to protect valve body assembly from trash and debris. 1.14. SERVICE HOIST. The body shall be equipped with a service hoist to lift the body off the truck chassis for cleaning and service. The service hoist shall be operated off the truck hydraulic system and shall not incorporate any electric motors. 1.15. COMPACTION BODY. The compaction body shall have a minimum capacity of 40 cubic yards and be a half pack full eject type. The refuse packer body shall be equipped with a rear door that is capable of being locked and unlocked from the driver's seat. The body shall be equipped with a sliding, hydraulically operated hopper cover with indicating light mounted on cab dashboard, and a 100 gallon sump located in the rear body floor. The packing blade shall have bolt on shoes that are replaceable in a minimum of 20 minutes without being removed from the body. The body shall be equipped with an auto pak cycle which shall be capable of engagement during travel. The packing cycle shall be 30 seconds or less and the container dump cycle shall be 25 seconds or less. 1.16. BODY DETAIL. The floor, walls, and roof shall be radiused for greater strength and lighter weight. The hopper floor material shall have a minimum strength of 150,000 pounds per square inch and a minimum thickness of 1/4 inch. The upper and lower hopper sides, the body floor and sides, and the body roof and gate bubble shall have a minimum strength of 80,000 pounds per square inch. Minimum material thickness shall be 10 gauge for upper hopper sides, 3/16 inch for lower hopper sides, body sides and floor. The minimum thickness shall be 10 gauge for the body roof and gate bubble. 1.17. STROBE LIGHT. Strobe light shall be mounted on packer body for added safety. 1.18. PAINT. Body shall be painted white to match cab and chassis color. Paint shall be a high quality commercial grade that is safe and easily cleaned. Paint shall have a hard finish that shall repel most common liquids. 1.19. SAFETY DEVICES. The body, cab, and chassis shall be equipped with all operating and safety devices required by law for highway use such as a back up alarm, mud flaps, direction lights, marker lights, and exterior indicating lights. 2.0. FUELS. The government shall provide all fuel and lubricants required for daily operations to include minor maintenance at select intervals. Minor Maintenance is defined as oil changes, oil, fuel and filter replacement. The Contractor shall be responsible for all other maintenance and repairs to vehicles. 2.1. MILEAGE. Annual mileage on the refuse truck shall not exceed 30,000 miles. 2.2. OPERATORS. The government shall provide experienced truck operators licensed for the truck classification being operated. 2.3. MANUALS. The contractor shall supply with each truck a set of maintenance, operating, and parts manuals. 3. CONTRACT PERIOD. Contract period shall commence upon delivery of refuse trucks and continue for twelve (12) months with two (2) one (1) year options to extend the term of the contract. In accordance with FAR 52.211-9 the desired delivery date is 1 December 1998 and required delivery is 1 January 1999. Delivery dates must be submitted with the offer. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition and is incorporated by reference. Offerors will include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Any clauses/provisions, except 52.212-3 requiring contractor responses must be completed by the apparent low offeror prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. The following additional FAR, DFARS, and local provisions and clauses are applicable and are incorporated by reference via addendum to 52.212-4: 52.203-3, 52.204-4, 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.211-9, 52.215-5, 52.217-8, 52.219-6, 52.225-11, 52.227-1, 52.227-2, 52.228-8, 52.232-18, 52.242-13, 52.253-1, 252.201-7000, 252.204-7003, 252.232-7006, 252.242-7000, 252.243-7001, 52.217-9, 52.000-4431 Notice to Offerors -- Use of Class I Ozone -- Depleting Substance, 52.000-4266 Pre-award Information, 252.209-7001, 252.219-7000, 52.000-4265 Pre-award Survey, 52.237-1, 52.204-6, 52.216-1, 52.233-2, 252.204-7001, 52.217-5, 52.000-4046 Basis of Award, 52.000-4137 Requirement to Offer on all Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses checked in Paragraph (b) 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37. The clause DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following additional clauses checked in Paragraph (b) 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7024. The clause at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition and is incorporated by reference. Clauses and provision incorporated by reference are available in full text. You may contact Hope Flythe, Contract Specialist at (912) 767-2699 for information regarding this solicitation. Offers must be submitted to the Contracting Division, Directorate of Contracting, 1042 William H Wilson Ave Ste 209, Fort Stewart, GA 31313-3322 by 4:00 p.m., 15 September 1998. Facsimile proposals will be accepted and may be sent to (912) 767-2969. E-mail proposals will be accepted at flytheh@emh5.stewart.army.mil Posted 09/03/98 (W-SN245315). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0169 19980908\W-0001.SOL)


W - Lease or Rental of Equipment Index Page